Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SOLICITATION NOTICE

U -- INSTRUCTOR FOR 585B VHF VOR

Notice Date
4/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX, 78419, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68836-07-T-0095
 
Response Due
4/25/2007
 
Archive Date
5/10/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-07-T-0095 applies and is issued as a Request for Quotation. This announcement constitutes the request for the required material under RFQ N68836-07-T-0095. The North American Industry Classification System (NAICS) Code is 611430 and the Small Business Size Standard dollar amount is $6.5. Procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. One each instructor for the following: The purpose of this effort is to provide various Naval Air Stations with qualified Model 585B Very High Frequency (VHF) Omni-Directional Range (VOR) system technicians the ability to certify systems, which they maintain. Manufacturer of the Model 585B is Thales ATM. Electronic technicians are required to be formally trained to maintain air traffic control (ATC) equipment in accordance with NAVAIR 00-80T-114, para. 3.5.1.3 this states ?Electronic technicians actively involved in performing maintenance actions in support of ATC Systems must possess the applicable NEC/MOS/CIVILIAN equivalent certification for that equipment?. By providing on site training students have the benefit with working with the operational system. The scope of this effort is to provide Chief Naval Air Training Commands with Electronic Technicians to have the qualifications to maintain and certify the VOR system. Students should be able to perform all ground/flights inspections required by the Federal Aviation Administration (FAA). The contractor shall provide VOR on-site training for 10 students, when course is completed, students will have sufficient knowledge to perform all maintenance, corrections, and certifications required by the AN/FRN-36 VOR systems. The following is a list of Preventative Maintenance the technicians will be able to conduct once finished with this training: ? Observe On-Air Equipment Front Panel Indications ? Test Operation of Local Control Unit ? Test Operation of Remote Control Unit ? Test Voice Operation of Remote Control Unit ? Exchange On-Air Equipment ? Conduct Standard Ground Check ? Test Monitor Alarm Functions ? Observe Sub-Carrier, ID Tone and Voice Modulation Waveforms ? Clean Equipment Cabinet Air Filter ? Measure Station Output and ID Tone Frequencies ? Clean and Inspect VOR Antenna ? Inspect VOR Equipment Contractor will provide all necessary instruction/training material applicable to the system. Instructor must have installation, operation, maintenance and corrective maintenance experience of the AN/FRN-36 585B VOR system. Ground Electronic Maintenance Division will provide training room at Bldg. 18, located onboard Naval Air Station Corpus Christi. Period of performance is 04 June 2007 through 15 June 2007. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7 Central Contractor Registration (Oct 2003 (JUN 1999), 52.211-17 Delivery of excess Quantities (SEP 1989), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2004), 52.247-34 F.O.B. Destination (Nov 1991). The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (Apr 2002 (Mar 2005) Alternate 1, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002). Within 52.212-5, the following clauses apply 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35 - Equal Opportunity for Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36 - Affirmative Action for workers with Disabilities (JUN 1998), 52.222-37 - Employment Reports on Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003), 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). 52.215-5 Facsimile Proposals (OCT 1997), 52.219-1 Small Business Program Representations (MAY 2004), 52.232-18 Availability Of Funds (APR 1984), DFAR 252.204-7004 - Central Contractor Registration (52.204-7) alternate A (NOV 2003), 252.211-7003 - Item Identification and Valuation (JAN 2004), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act and 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). NAVSUP H25, SPS Consolidated Server Time Zone (Jun 2006) (NAVSUP), Freedom Of Information Act (FOIA). 52.204-9 ? Personal Identity Verification of Contractor Personnel (Jan 2006) The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV 1995) with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 11:00 A.M., 25 Apr 07 CST. Quotations must be in writing and may be faxed or mailed to the following. Attn: Maria H. Gauntt, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-26698, EMAIL: maria.gauntt@navy.mil
 
Place of Performance
Address: NAVAL AIR STATION CORPUS CHRISTI TEXAS
Zip Code: 78419-5021
Country: UNITED STATES
 
Record
SN01270311-W 20070412/070410221332 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.